Loading...
86-123 Raisch Construction Co., Saratoga-Sunnyvale Rd Widening Project No. 85-01, Traffic Signal Modification Project No. 85-06 • • '� • i • CONTRACT FOR PUBLIC WORKS • CONTRACT made on August 1, 1986 by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called the CITY, and RAISCH CONSTRUCTION CO. - - - ,hereinafter called the CONTRACTOR. IT IS HEREBY AGREED by the parties as follows: 1 . THE CONTRACT DOCUMENTS. The complete.contract consists of the ,following contract documents: A. Plans and Specifications for SARATOGA-SUNNYVALE RD. WIDENING - PROJECT 85-01 TRAFFIC SIGNAL MODIFICATION - PROJECT 85-06 B.' Faithful Performance Bond, Labor and Materials Bond, Insurance Certificate • C. This Contract D. Bid Proposal referred to as Exhibit A Any and all obligations of the CITY and the CONTRACTOR are fully set forth and described herein. •All of the above documents are intended to cooperate so that any work called for in one and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all of said documents. The documents comprising the complete contract are sometimes hereinafter referred to as the Contract Documents. In case of conflict between the Plans and the Specifications on the • one hand, and this Contract on the other, the Plans and Specifications shall prevail: 2. THE WORK. The Contractor agrees to furnish all of the tools , equipment, apparatus, facilities, labor, transportation, and material necessary to perform and complete in a good and workmanlike manner, the work of Saratoga-Sunnyvale Rd. Widenign,Proj.85-01; • Traffic Signal -Modification, Proj. 85-06 as called for, and in the . manner designated in, and in strict conformity with, the Plans and Specifications prepared by: Mr. Bert J. Viskovich, Director of Public Works and adopted by the City, which Plans and Specifications are entitled, -respectively, SARATOGA-SUNNYVALE ROAD WIDENING, PROJECT 85-01; TRAFFIC SIGNAL MODIFICATION - PROJECT 85-06. • Page l • • and which Plans and Specifications are identified by the signatures of the parties to this Contract. It is understood and agreed that said tools, equipment, apparatus, facilities, labor, transportation, and material shall be furnished, and that said work shall be performed and completed as required in said Plans and Specifications under the sole direction of the Contractor, but subject to the inspection and approval of the City, or its representative. The City hereby designates as its representative for the purpose of this Contract: Mr. Bert J . Viskovich, Director of Public Works. 3 . CONTRACT PRICE. The City agrees to pay, and the Contractor agrees to accept, in full payment for the work above agreed to be done, the sum of : TWO HUNDRED SEVENTY SEVEN THOUSAND FIVE HUNDRED FIFTY TWO AND NO/100 DOLLARS ($277,552.00) subject to additions and deductions as provided in the Contract Documents, per Exhibit "A" attached hereto. 4. DISPUTES PERTAINING TO PAYMENT FOR WORK. Should any dispute arise respecting the true value of the work done, or any work omitted, or of any extra work which the Contractor may be required to do, or respecting the. size of any payment to the Contractor during the performance of this Contract, said dispute shall be determined either by reference to the unit of prices, if 'applicable, or in accordance with the agreement of prices, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. 5. PERMITS, COMPLIANCE WITH LAW. The Contractor shall, at his expense, obtain all necessary permits and licenses, easements, etc. , for the construction of the project, give all necessary notices, pay all fees required by law, and comply with all laws, ordinances, rules and regulations relating to the work and to the preservation of the public health and safety. • 6 . INSPECTION BY THE CITY. The Contractor shall at all times maintain proper facilities and provide safe access for inspection by the City to all parts of the work, and to the shops wherein the work is in preparation. Where the Specifications require work to ' be specially tested or approved, it shall not be tested or covered up without timely notice to the City of its readiness for inspection and without the approval thereof or consent thereto by the latter. Should any such work be covered up without such notice, approval, or consent, itmust, if required by the City, be uncovered for examination at the Contractor' s expense. • 7. EXTRA OR ADDITIONAL WORK AND CHANGES. Should the City at any time during the progress of the work. require' any alterations, • • Page '2 deviations, additions or omissions from the Specifications or Plans or the Contract Documents, it shall have the right to do so, and the same shall in no way affect or make void the contract, but the cost or value thereof will be added to, or deducted from, the amount of the contract price, as the case may be, by a fair and reasonable valuation, which valuation shall be determined either by reference to the unit prices, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. No extra work shall be performed or change be made except by a written order from the City, duly authorized by resolution of its governing body,- and by all agencies whose approval is required by law, stating that the extra work or change is authorized, and no claim for an addition to the contract sum shall be valid unless so ordered. • 8 . CHANGES TO MEET ENVIRONMENTAL REQUIREMENTS. The City shall have the right to make changes in this Contract during the course of construction to bring the completed improvements into compliance with environmental requirements or standards established by State and Federal statutes and regulations after the Contract has been awarded or entered into. The Contractor shall be paid for by such changes either by reference to the unit prices, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. 9 . TERMINATION, AMENDMENTS OR MODIFICATIONS. This Contract may be terminated, amended or modified, with the mutual consent of the parties. The compensation payable, if any, for such termination, amendment or modifications, shall be determined either by reference to the unit price, if applicable, or in accordance with the agreement of the parties, or •in accordance with the rules of the American Arbitration Association if the parties are unable to agree. • 10. TIME FOR COMPLETION. All work under this Contract shall be completed: NINETY (90) WORKING DAYS FROM NOTICE TO PROCEED If the Contractor shall be delayed in the work by the acts or- neglect of the City, or its employees, or those under it by contract or otherwise, or by changes. ordered in the work, or by strikes, lockouts by others, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor' s control, or by delay authorized by the City, or by any cause which the City shall determine justifies the delay, then the time of completion shall be extended accordingly. This paragraph does not exclude the recovery of damages for delay by either party under other provisions in the Contract Documents. Page 3 • • • 11. INSPECTION AND TESTING •OF MATERIALS. The Contractor shall notify the City a sufficient time in advance of the manufacture or production of materials to be supplied by him under this Contract, in order that the City may arrange for mill or factory inspection and testing of the •same, if the City requests such notice from the Contractor. 12. TERMINATION FOR BREACH, ETC. if the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he or any of his subcontractors should violate any of the provisions of the Contract, the City may serve written notice upon him and his surety of its intention to terminate the Contract, such notice to contain the reasons for such intention to terminate the Contract, and unless within ten days after serving of such notice, such violation shall cease and satisfactory arrangements for corrections thereof be made, the Contract shall, upon the expiration of said ten days, cease and terminate. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the right to take over and perform the Contract; provided, however, that, if the surety within fifteen days after the serving upon . it of notice of termination does not give the City written notice of its intention to take over and perform the Contract, or does not commence performance thereof within thirty days from the date of the serving of such notice, the City may take over the work and prosecute the same to completion by contract, or by any other method it may deem advisable, for the account and at the expense of the Contractor, and the Contractor and his surety shall be liable to the City for any excess cost occasioned by the City thereby, and in such event the City may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to the Contractor as may be on the site of the work and necessary therefor. 13 . THE CITY' S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF. In addition to the amount which the City may retain under Paragraph 21 of this Contract until the final . completion and acceptance of all work covered by the Contract, the City may withhold from payment to the Contractor such an amount or amounts as in its judgment may be necessary to pay just claims against the Contractor or any subcontractors for labor and services rendered and materials furnished in and about the work. The City may apply such withheld amount or amounts to the payment of such claims in its discretion. In so doing, the City shall be deemed the agent of the Contractor, and any payment so made by the City shall be considered as a payment made under the Contract by the City to the Contractor, and the City shall not be liable to the Contractor for any such payment made in good faith. Such payment ' may be made without prior judicial determination of the claim or claims. With respect to any retention of payment by the City to ensure performance of the Contract, Contractor will be entitled to substitute securities as provided in Sectidn 4590 of the California Government Code as more fully described in the City' s Notice to Contractors. • Page 4 • • 14 . NOTICE• AND SERVICE THEREOF. Any notice from one party td • the other under this Contract shall be in writing, and shall be dated and signed either by the party giving such notice, or by a duly authorized representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in the following manner: (a) if the notice is given to the City either by personal delivery thereof to the City Manager of the City, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to the City, postage prepaid and certified; (b) if the notice is given to the Contractor, either by personal delivery thereof to the Contractor, or to his duly authorized representative at the site of the project, or by depositing the same in the United States mails, • enclosed in a sealed envelope, addressed to said Contractor at: RAISCH CONSTRUCTION COMPANY P.O. BOX 729 MT.VIEW, CA 94042 postage prepaid and certified; and (c) if the notice is given to the surety or any other person, either by personal delivery to such surety or other person, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to such surety or person, as the case may be, at the address of such surety or person last communicated by him to the party giving the notice, postage prepaid and certified. 15. ASSIGNMENT OF CONTRACT. Neither the Contract, nor any part thereof, nor moneys due or to become due thereunder, may be assigned by the Contractor without the prior written approval of the City. 16 . COMPLIANCE WITH SPECIFICATIONS OF MATERIALS . Whenever in the Specifications, any material or process is indicated or specified by patent or proprietary name, or by name of manufacturer, such Specifications must be met by Contractor, unless the City agrees in writing to some other material, process or article offered by Contrabtor which is equal in all respects to the one specified. 17. CONTRACT SECURITY. The Contractor shall furnish a surety ' bond in an amount at least equal to one hundred percent (100%) of the contract price as security for the faithful performance of this Contract. The Contractor shall also furnish a separate surety bond in an amount at least equal to one hundred percent (1008) of the' contract price as security for the payment of all persons ' for furnishing materials, provisions, provender, or other supplies, used in, upon, for or about the performance of the work contracted to be done, or for performing any work or labor thereon of any kind, and for the payment of amounts due under the Unemployment Insurance Code with respect to such work or labor in connection with this Contract, and for the payment of a reasonable attorney' s fee to be fixed by the court in case suit is brought upon the bond. Page 5 • • • • 18 . INSURANCE. The Contractor shall not commence work under this Contract until he has obtained all insurance required by the City, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved. The Contractor shall furnish the City with satisfactory proof of the carriage of insurance required, and there shall be a specific contractual liability endorsement extending the Contractor's coverage to include the contractual liability assumed by the Contractor pursuant to this Contract and particularly Paragraph 19 hereof. Any policy of insurance required of the Contractor under this ' Contract shall also contain an endorsement providing that thirty (30) days' notice must be given in writing to the City of any pending change in the limits of liability or of any cancellation or modification of the policy. (a) WORKER'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. The Contractor shall take ,ut and maintain during the life of this Contract Worker's Compensation Insurance and Employer's Liability Insurance for all of his employees employed at the site of the project and,in case any work is sublet, the Contractor shall require the subcontractor similarly to provide Worker' s Compensation Insurance and Employer's Liability Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In signing this Contract the Contractor makes the following certification, required by Section 1861 of the Labor Code: "I am aware of the provisions of Section 3700 of the Labor Code • which require every employer to be insured against liability for worker's compensation or to undertake self insurance in • accordance with the provisions of the Code, and I will comply • With such provisions before commencing the performance of the • work of this contract."' (b) LIABILITY INSURANCE. The Contractor shall take out and • maintain during the life of this Contract such Bodily Injury • Liability and Property Damage Liability Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for property, damage, including third-party property damage, to include coverage on property in the care, custody and control of the Contractor, and also including what are commonly known as the "X, C, and U" exclusions (having to do ' with blasting, collapse, and underground property damage) , which may arise from Contractor's operations under this Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be as follows: t cs Bodily Injury Liability Insurance in an amount not less than / 0ojuooto.aoe-,too--oee-, for injuries, including accidental death, to any• one person, and subject to the same limit for each person, in an amount not less than $.1 OOO,44W. on account of one accident, and acs, /. Ooo,OOo.ub • Page 6 Property Damage Liability Insurance in an amount not less than $100,000,000. The City and its officers and employees, shall be named as additional insureds on any such policies of insurance, which shall also contain a provision that the insurance afforded thereby to the City, its officers and employees, shall be primary insurance to the full limits of liability of the policy and that if the City, or its officers and employees, have other insurance against a loss covered by such policy, such other insurance shall be excess insurance only. 19 . HOLD HARMLESS. The Contractor will save, keep, and hold harmless all damages, costs, all p or expenses, inlaweor�innequity , that may from may at any time arise or be set up because of personal injury or damage to property sustained by any person or persons by reason of, or in the course of the performance of said work, or by reason of any infringement or alleged infringement of the patent rights of any person or persons, firm or corporation in consequence of the use in, on, or about said work, of any article or material supplied or installed under this Contract. Notwithstanding the above, the Contractor shall wherever it is necessary keep and maintain at his sole cost and expense during the course of his operations under this Contract such warnings, signs, and barriers as may be required to protect the public. The provisions of the preceding sentence shall not impose any liability upon the City and are for the express benefit of the general public. 20 . HOURS OF WORK. Eight hours of labor during any one calendar day and forty hours of labor during any one calendar week shall constitute the maximum hours of service upon all work done hereunder, and it is expressly stipulated that no laborer, workman, or mechanic employed at any time by the Contractor or by any subcontractor or subcontractors under this Contract, upon the work or upon any part of the work contemplated by this Contract, shall be- required or permitted to work thereon more than eight hours during any one calendar day and forty hours during any one calendar week, except, as provided by Section 1815 of the Labor Code of the State of California, -work performed by employees of contractors in • excess of eight hours per day and forty hours during any one week • shall be permitted upon public work upon compensation for all hours worked in excess of eight hours per day at not less than one and one-half ic . It is further exressly . stipulated times thatthe forbaseach andeeverof yaviolation of Sections 1811-1815, inclusive, of the Labor Code of the State of California, all the provisions whereof are deemed to be incorporated herein, the Contractor shall forfeit, as a penalty to the City, twenty-five dollars ($25.00) for- each laborer, worker, or mechanic employed in the execution of this Contract by Contractor, or by an subcontractor under this Contract, for each calendar day during which said laborer, worker, or mechanic is required or permitted to work more than eight hours in any one calendar day and forty hours in any one calendar week in violation of the provisions of said . Sections of the Labor Code. Page 7 The Contractor, and each subcontractor, shall keep an accurate record showing the names of and actual hours worked each calendar day and each calendar week by all laborers, workmen, and mechanics employed by him in connection with the work contemplated by this Contract, which record . shall be open at all reasonable hours to the inspection of the City of its officers or agents and to the Division of Labor Law Enforcement of the Department of Industrial Relations of the State of California. 21. WAGE RATES. Pursuant to the Labor Code of the State of California, or local law thereto applicable, the City has ascertained the general prevailing rate of per diem wages and rates for holidays and overtime in the locality in which this work is to be performed, for each craft, classification, or type of laborer, workman, or mechanic needed to execute this Contract. The prevailing wages so determined are set forth in the Specifications and made a part hereof. Neither the notice inviting bids nor this Contract shall constitute a representation of fact as to the prevailing wage rates upon which the . Contractor or any subcontractor under him may base any claim against the City. 1776. (a) Each Contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by. him or her connection with the public work. (b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: (1) A certified copy of an employee' spayroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request. (2) A certified copy of all payroll records enumerated in • subdivision (a) shall be made available for inspection or • furnished upon .request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request to the public for inspection or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the contract, the Division of • Apptenticeship Standards, or the Division of Labor Standards Enforcement. The public shall not be given access to such records at the principal office of the Contractor. Contractor shall enumerated insubdivision (a) with the entity that . recordsd copy of the that • requestedsuch records within ten (10 ) days after receipt of a written request. • Page 8 • (d) Any copy of records. made available for inspection as copies • and furnished upon request to the public or any public agency by • the awarding bids, the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement shall be marked or obliterated in such ' a manner as to prevent disclosure of an individual's name, address and social security number. The name and address of the Contractor awarded the contract or performing the contract shall not be marked or obliterated. (e) The Contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a) , including the street ' address, city and county and shall, within five working days, provide a notice of a change of location and • address. (f) In the event of noncompliance with the requirements of this section, the Contractor shall have ten (10) days in which to comply subsequent to receipt of written notice specifying' in what respects such Contractor must comply with this section. Should noncompliance still be evident after such ten (10 ) day period, the Contractor shall, • as a penalty to the state of political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25.00) for each calendar day or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payments then due. (g) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility for compliance with this section on the prime contractor. '(h) The director shall adopt rules consistent with the California Public Records Act, (Ch; 3 .5 (commencing with Section 6250) of Div. 7; Title 1. Gov. Ch. ) and the Information Practices Act of 1977, (Title 1.8 (commencing with Sec. 1798) Pt. 4, Div. 3, Civ. C. ) governing the release of such records, including the establishment of reasonable fees to be chargedfor reproducing copies of records required by this section. (Added by Stats. 1978, Ch. 1249) . 1775.5 Nothing in this chapter shall prevent the employment of properly registered apprentices upon public work. Every such apprentice shall .be paid _ the standard wage paid to apprentices under the regulations of the craft or trade at which he is employed, and shall be employed only at the work of the craft or trade to which he is registered. • • Page 9 • • • only apprentices, as defined in Section 3077, who are in training under apprenticeship standards and written apprentice agreements under Chapter 4 (commencing with Section 3070) , Division 3, of the Labor Code, are 'eligible to be employed on public works. The employment and training. of each apprentice shall be in accordance with the provisions of the apprenticeship standards and apprentice agreements under which he is training. When the Contractor to whom the contract is awarded by the state or any political subdivision, or any • subcontractor under him, in performing any of _ the work under the contract or subcontract, employs workmen in any apprenticeable craft or trade, the • Contractor and subcontractor shall apply to the joint apprenticeship committee administering the apprenticeship standards of the craft or trade in the area of the site or the public work for a certificate approving the contractor or subcontractor under the apprenticeship standards for the employment and training of apprenticeships in the area or industry affected; provided, however, that the approval as established by the joint apprenticeship committee or committees shall be subject to the approval of theAdministrator of Apprenticeship. The joint apprenticeship or committees, subsequent to approving the subject contractor or subcontractor, shall arrange for the dispatch of apprentices to the Contractor or subcontractor in order to comply with this section. There shall be an affirmative duty upon the joint apprenticeship committee or committees administering the apprenticeship standards of the craft or trade in the area of the site of the public work to ensure equal employment and affirmative action in apprenticeship for women and minorities. Contractors or subcontractors shall not be required to submit individual applications for approval to local joint apprenticeship committees provided they are already covered by the local apprenticeship standards. The ratio of apprentices to journeymen who shall be employed in the craft or trade on the public work may be the ratio stipulated in the apprenticeship standards under which the joint apprenticeship committee operates but in no case shall the ratio be less than one apprentice for each five journeymen, except as otherwise provided in this section. ' • The Contractor or subcontractor, if he is covered by this section, upon the issuance of the approval certificate, or if he has been previously approved in such craft or trade, shall employ the numberofapprentices or the ratio of apprentices to journeymen' stipulated in the apprenticeship standards. Upon proper showing by. the Contractor that he employs apprentices in such craft or trade in the state on all of this contract on an annual average of not less than .one apprentice to each five journeymen, the Division of • Apprenticeship Standards may grant a certificate exempting the Contractor for the 1-to-5 ratio as set forth in this section. This section shall not apply to contracts of general contractors involving less than thirty thousand ($30,000 .00 ) or twenty (20) working days or to contracts of specialty contractors not bidding : ' for work through a general or prime contractor, involving less than two thousand dollars ($2,000 .00) or fewer than five (5) working days. • • Page 10 • • • "Apprenticeable craft or' trade, " as used in this section, shall mean a craft or trade determined as an apprenticeable occupation in accordance with rules and regulations prescribed by the • . Apprenticeship Council. The joint apprenticeship committee shall have the discretion !to grant a certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting a contractor from the 1-to-5 ratio set forth in this section when it finds that any one of the following conditions are met: (a) In the event unemployment for the previous three month period in such area exceeds an average of 15 percent, or (b) In the event the number of apprentices in training in such area exceeds a ratio of 1-to-5, or s a is (creplacingthere atileastshone-owigthirtieththat the of appritsicjourneyment an trade • through apprenticeship training, either Cl) on a statewide basien s, or (2) on a local basis. ment of publiclfworksgncontractanwouldeRtice createtoa a condition which would ny performed under a is life r the if , employees jeopardizeofhthe public•at large lifsthesaspecific fetor ptaskrto whichl lthe apprentice •When such represents contractorsnin arspeci ice e trade from thd to an ea 1i tot 5oratiohlon a local or statewide basis the member contractors will not be a required to submit individual applications for approval to local joint apprenticeship committees, provided they are already covered by the local apprenticeship standards. Pi contractor to whom the contract • is awarded, or any subcontractor under him, who, in th'e .Contract, employs performing any of the work, under apprenticeable journeymen or apprentices in any is not cont fund dr funds to administer and r adconduct e and hothe apprenticeshipnp to a in any such craft or trade in the area of the site of the ppublic work, to which fund or funds other contractors in the area of the fund orffunds pinleachic wcraftarore ctr debiniwhichhhelemploysbjou to the or apprentices on the public work in the same amount orouponythe same basis and in the same manner as the other contractors do, but where the 'trust fund administrators • are unable to accept such funds, contractors not signatory to the trust agreement shall pay a like amount to the California Apprenticeship Council. The contractotor subcontractor may add the amount of such contributions in computing his bid for the contract. The Division of Labot' Standards Enforcement is authorized to enforce the payment • • ofsdeh'•thontributions to the fund or funds as set forth in Section 227. • • Page 11 • • • ' The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such • • stipulations shall fix the responsibility of compliance with this section for .all apprenticeable occupations with the prime contractor. All decisions of . the joint apprenticeship committee under this section are subject to the provisions of Section 3081. . (Amended by Stats. 1976, Ch. 1179) 1777.6 It shall be unlawful for an employer of a labor union to refuse to accept otherwise qualified employees as registered apprentices on any public works, on the ground of the race, religious creed, color, national' origin, ancestry, sex, or age, • except as provided in Section 3077, of such employee. (Amended by Stat. 1976, Ch. 1179) • 1777.7 (a) In the event a contractor willfully fails to comply with the provisions of Section 1777.5, such contractor shall: (1) Be denied -the right to bid on any public works contract for a period of one year from the date the determination of noncompliance is made by the Administrator of Apprenticeship; and (2) Forfeit ad a civil penalty in the sum of fifty dollars ($50 .00) for each calendar day of noncompliance. NothWithstanding the determination onthe s fSection 7� awardingbody shall withhold from scontract progress payments then due or to become due such sum. (b) Any such determination shall be issued after a full investigation, a fair and impartial hearing, and reasonable .notice . thereof in accordance with reasonable rules and procedures prescribed by the California Apprenticeship Council. • _ (c) Any ' funds withheld by the awarding body pursuant to this §ection shall be deposited in the general fund if the ;Warding body is a state entity, or in the equivalent fund of an awarding body if such awarding body is an entity other than the state. • The interpretation and enforcement of Sections 1777.5 and 1777.7• shall be ' in accordance' with the rules and procedures of the California Apprenticeship Council. (Amended by Stats. 1978 , Ch . 1249) • • It shall be mandatory upon the . Contractor, and upon any .subcontractor under him, to pay not less than the said specified rates to all loed in the execution ofthe laContract�.orIteis further cexpresslhanics ymstipulated that . the.Contractor shall, as a penalty to the city, forfeit twenty-five , dollafa ($25.00) for each calendar day, or portion thereof, for '• each laborer; workman, or mechanic paid less than the stipulated 4 teVMiling tates for any work done under this contract by him or by • : ''ap subcontractor under work done under this Contract by him or by •: Ahy • subcontractor under him; and contractor agrees to comply with ' all provisions of Section. 1775 of the Labor Code. Page 12 • • In case it becomes necessary for the Contractor or any • subcontractor to employ on the project under this contract, any person in a trade or , occupation (except executives, supervisory, administrative, clerical, or other non-manual workers as such) for which no minimum • wage rate is herein specified, the Contractor shall immediately notify the City, who will promptly thereafter determine the prevailing rate for such additional trade or occupation and shall furnish the Contractor with the minimum rate based thereon. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 22. ACCIDENT PREVENTION. ' Precaution shall be exercised at all times for the protection of persons (including employees) and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment, and other hazards shall be guarded. or eliminated in accordance with the safety provisions of the Construction Safety Orders issued by the Industrial Accident Commission of the State of California. 23. PAYMENT. Not later than the first Tuesday of each calendar month, the City will make partial payment to the Contractor on the basis of a duly certified approval estimate of the work performed and materials incorporated in the project, during the preceding calendar month, by the Contractor, but the City will retain ten percent (10%) of the amount of each of said estimates until the expiration of thirty-five (35) days from the date of recording by the City of notice of acceptance of completion of all work covered by this Contract, if such notice be recorded within ten days after the acceptance of completion of such Contract as evidenced by resolution of its governing body; or, if such notice be not so recorded within ten days, until the expiration of ninety-five ( 95) days after the acceptance of completion of such work of improvement as evidenced by resolution of its governing body, at which time and not before, the City shall pay to the Contractor the whole of the remaining ten percent (10%) of said contract price so held back as provided; said certificates to be furnished by and obtained from the City's representative shall, before the last Tuesday of each . month, deliver said certificates under hand to the City, or in lieu • of such certificates, shall deliver to the Contractor, in writing, under his hand, a just and true reason for not issuing the certificates, including a statement of the defects, if any, to be remedied, to entitle the Contractor to the certificate of • completion. In event of the failure of the City's representative to furnish and deliver said certificates- or any of them or in lieu • Page 13 . thereof, the writing aforesaid, within ten (10) days after the times aforesaid, and after written demand has been made upop him for the same, the Contractor may file demand with the City, and, in event said certificates are not furnished within ten (10) days thereafter, the same shall become due and payable. In case the City's representative delivers the writing aforesaid, in lieu of the certificates, then a compliance by the Contractor with the requirements of said writing shall entitle the Contractor to the certificates._ The payment of progress payments by the City shall not be construed as an absolute acceptance of the work done up to the time of such payments, but the entire work is to be subjected to the inspection and approval of the City, and subject to whatever inspection and approval may be required by law. 24. PROTECTION OF PUBLIC UTILITIES. The City shall be responsible as between the parties to this Contract only, for the removal, relocation, or protection of existing public utilities, if any, located on the site of construction, but only if such public utilities are not identified by the City in the Plans and Specifications made a part of the invitation for bids. The City shall compensate the Contractor for costs incurred in relocating or repairing damage to utility facilities not indicated in the Plans and Specifications, other than service laterals when the presence of such utilities on the construction site can. be inferred from the presence of such visible facilities as buildings, and meters and junction boxes on, or adjacent to, the construction site. The Contractor shall not be assessed liquidated damages for delay in completion of the Contract project, as provided in Paragraph 27 below, when such delay is caused by the failure of the City, or other public utility, to provide for the removal or relocation of the existing utility facilities. If the Contractor while performing the Contract discovers utility facilities not- identified by the City in the Contract Plans and Specifications, the service laterals as hereinabove described, he shall immediately notify the City in writing. 25. CONTRACTOR'S RESPONSIBILITY FOR THE WORK. The Contractor shall not be responsible for the cost of repairing or restoring damage to the work caused by an Act of God. NEVERTHELESS, the Contractor shall, if the insurance premium is a separate bid item, ' obtain the insurance to indemnify the City for any damage to the work caused by an Act of God. "Acts of God" shall include only the following occurrences or conditions and effects: earthquakes and tidal waves, when such occurrences or conditions and effects have been proclaimed a disaster or state of emergency by the Governor of the State of California or by the President of the United States, ' or were of a magnitude at thesiteof the work sufficient to have caused a proclamation of disaster or state of emergency having occurred in a populated area. Subject to the foregoing, the City shall not, , in any way or manner, be answerable or suffer loss, damage, expense or liability for any loss or damage that may happen to said building, work, or equipment or any part- thereof, or in, Page 14 • on, or about the same during its construction and before ' acceptance. 26. CONTRACTOR'S GUARANTEE. The Contractor unqualifiedly guarantees the first-class quality of all workmanship and of all materials, apparatus, and equipment used or installed by him or by any subcontractor of supplier in the project which is the subject of this Contract, unless a lesser quality is expressly authorized in the Plans and Specifications, in which event the Contractor unqualifiedly guarantees such lesser quality; and that the work as performed by the Contractor will conform with the Plans and Specifications or any written authorized deviations therefrom. In case of any defect in work, materials, apparatus or equipment, whether latent or patent, revealed to the City within one (1) year of the date of acceptance of completion of this Contract by the City, the Contractor• will forthwith remedy such defects without coat to the City. 27. LIQUIDATED DAMAGES. Time shall be of the essence of this Contract. If the Contractor fails to complete, within the time fixed for such completion, the work hereinbefore mentioned and described and hereby contracted to be done and performed, he shall become liable to the City for liquidated damages in the sum of ONE HUNDRED FIFTY AND NO/100 DOLLARS ($150.00) for each and every working day during which said work shall remain uncompleted beyond such time for completion or unlawful extension thereof, which sum shall be presumed to be the amount of damage thereby sustained by the City since it would be impracticable or extremely difficult to fix the actual damage; and the amount of liquidated damages may be deducted by the City from-moneys due the Contractor hereunder, or his assigns and successors at the time of completion, and his sureties shall be liable to the City any excess. "28. • ADDITIONAL PROVISIONS. None Page 15 STATE OF CALIFORNIA COUNTY OF SANTA CLARALss. On this2na day of July 198 .6 , before me, KATHY D. CATO , a Notary Public Wand for the said County and State residing therein, duly commissioned and sworn. personally appeared RONALD L. •S�HEARY • , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as 'the attorney-in-fact of RAISCH CONSTRUCTION CO. , a copart- nership composed of A. J. RAISCH PAVING CO.., a California Corporation, RAISCH PRODUCTS, INC. , a California Corporation, and RAISCH EQUIPMENT CO. , a California corporation. and acknowledged to me that he subscrived the name of RAISCH CONSTRUCTION CO. , a co- partnership composed of A. 'J. RAISCH PAVING CO. , a California corporation, RAISCH PRODUCTS, INC. , a California corporation, and RAISCH EQUIPMENT CO. . a California Cor- poration. thereto as principal and his own name as attorney-in-fact. • In witness whereof I have hereunto set my hand and affixed my official seal in the County of Santa Clara the day and year in this certificate first above written. On;F cuvn a,LnaIua aIuapn unnnn naeeemneonq OFFICIAL SEAL R g Y t;. t�:��; KATHYKATNY D. 'CATO a tb G{ NOTARY PICRIC - CALIFORNIA [� COUNTY OF SANTA CLARA a Notary Pub'I in and or t e ounty o \ —r Y Comm. Exp. March 24, 1989 Santa Clara. State of California +-+e r:errr.Leeaescceam:caosaeaoocmcsesat d • • • • P.O. No. IN WITNESS WHEREOF, the parties have executed this Contract, in duplicate, the day and Year first hereinabove written. • • CITY OF CUPERTINO Approved as to form / Q/14 iii.G! / Marr: • 1446;ie:; C� y�ney CityClerks a , iti 5-7r4 >e,(tc.t (cypi • Dat e/Cit� k CONTRACTORt �9,ffScHCovirAvciiowr'v. • • • Hy: QOc Ronald L. Sheary, Attorney-in-Fact Notary acknowledgment required. 'If a corporation, corporate seal - • and corporate notary acknowledgment required. • • Project, Name and Numbers. Saratoga-Sunnyvale Rd. Widening - Proj . 85-01 Traffic Signal Modification - Proj . 85-06 Contractors Names Raisch Construction Company - ContractAmounts Two Hundred Seventy Seven Five Hundred Fifty Two and No/100 Dollars ($277,552.00) A ;,contract Account Number::120-8501-953. i...,;,:„.::!.t.. .:.. !c.:;•r120-8506-953 . :•r•..• • Page 16 . EXHIBIT "A" PROPOSAL T0: THE DIRECTOR OF PUBLIC WORKS CITY OF CUPERTINO STATE OF CALIFORNIA Dear Sir: In compliance with the Plans and/or Specifications furnished for the work of con- structing to completion Saratoga-Sunnyvale Road Widening Project 85-01 & Traffic Signal Modification Project 85-06. I, the undersigned, hereby declare that I have read the proposal requirements, visted the site and examined the specifications. I, the undersigned, hereby propose to do all work required to complete the said work in accordance with the Plans, or Specifications for the prices set forth in the following schedule. I further understand that said prices include all costs including, but not limited to, local State and Federal taxes and transportation costs. I, the undersigned, also understand that the quantities shown below are estimes only, being given on a basis of comparison of bids, and the City of Cupertino does not state that the actural amount of work will correspond but reserves the right to increase, decrease, or delete the amount of any class or portion of the work or to omit items or portions of the work that may be deemed necessary by the Engineer. The City of Cupertino reserves the right to unilaterally determine and award the con- tract to any qualified bidder based on the most advantageous proposal, to reject any or all bids or to waive any irregularities in the bidding procedures. The work to be done consists of furnishing all labor, methods or processes, tools, machinery and material required to construct to completion and in working usable order, Saratoga-Sunnyvale Road Widening Project 85-01 & Traffic Signal Modicication Project 85-06, as described in the Special Provisions. In the event of discrepancies between the written unit price and the numerical unit price, the written price shall govern. The Base Bid shall include all work and requirements described in the Contract Documents, Specifications and Drawings. In general, the work shall be to provide for the widening of Saratoga-Sunnyvale Road and traffic signal modifications as called for on the Plans and outlined in the Specifications. All work shall be done in a workmanship-like manner and shall meet or exceed the standards specified. All necessasry preparation as well as "clean up" is included in the price bid and no extra compensation will be sought. A bid bond in the amount of 10% is required. Award shall be to the lowest qualified bidder; however, the City Council reserves the right to reject any or all bids. Al- ternate bid items shall be awarded in sequence if award of either bid is considered by the City Council. PROPOSAL PAGE 1 OF 10 . PROPOSAL Continued: BID EST. QTY. UNIT ITEM UNIT ITEM PRICE TOTAL 1. Lump Sum Provide for excavation and subgrade $ No1no n 0' preparation complete for EOM/11otlSawn Dollars Dollars/L.S. 2. 288 L.F. Provide for removal of P.C.C. curb $ /LF $‘6tga a gutter complete for t'.ve, 6e. laR S Dollars/L.F. O ODA 3. 2736 S.F. Provide for removal of P.C.C. side- $ /LF $ 2-tac,— walk and driveway complete for ta'P►e- cly-4k at_ Dollars S.F. `�5 4. 1710 L.F. Provide and install P.0 curb $ v _0 /LF $-368J- an. gutter complete at_ r C Dollars/L.F. • • PROPOSAL PAGE 2 of 10 ROPOSAL Continued: • 3ID• EST.QTY. ITD UNIT FRIT ITEi PRICE 5. 2,980 0' S.F. Provide and install C.C. side- $ D0 S.F. $ 11920! � walk complete for t ct [LQ,S Dollars/S.F. • Provide and inst PCS.F. S0 n 6. 1,210 drive- S S.F. w omplete for . , �}Z $ CeLi Dollars/S.F. 7. ' 2,260 TON Provide and install asphalt con- s P S ��� TON S (��g�_ rete de p ifc ete forS%t4cre> ,t Dollars/TONt 8. 75 TON ProvideQdeand install asphalt con- $ .c ."---'XJTON $3)5�1 ` c T 1 1{[9a7�4R.s plete for \ Dollars/TON 9. 350 .L-.1. Provide and install 1-1/2" rigid $ L.F.It__ $262512 conduit with 118 AWG az ete for Zoo -yyb� P.- r �D Dollars/L.F. . 10. 1720 L.F. Provide and install 2" rigid con- /2\$ ES.-- L.F. $V11601,6'.. duit with nrlon pmF11,cope complete for P,tcAtibllett,s, Dollars/L.F. 11. 2 EACH Provide for the relocation of $ I JD EACH S 266()DI ectrolier c 1 to for (INC- . CANYa-pdb• a c� Dollars/EACH 12. ' 6 EACH Provide for adjusting to finish $ W EACH S ' L ;l) grade, valve boxes and pull boxes complete f c)rlG iknuhchricc 7+Y.,+ J L Aok tilts \Dollars/EACH 13. Lump Sum Provide for the modification of sZo oon9Oe traffic signals 'complete for Th,rT/Tiouswirl Millars Dollars/L.3. PROPOSAL PAGE 1 of 10 • PROPOSAL Continued: EID EST.QTY. - UNIT ITEM UNIT ITEM PRICE TOTAL 14. 4 EACH Provide and install 3" drain pipe $ g2Da EACH $ (C4441? c lete or ollars/EAC 15. 3 EACH Provide and install P.C.C. wheel- $ k.SSEllaq� EACH $ b15`_ chair ramp \o.,•lete •r D we. . e...... r{.,:. ■ 051+ . Dollars EACH • p y�Q0 16. 13 EACH Provide and install 15 pull box $ l EACH $ � c m lete for -ackAw '� a o ars/EACH �y� F�y�7� 17. 2 EACH Provide for adjusting to finish $�u )a EACH $ `UU 412 grade each manhole cbm� tte for P bo CAL - . .- Dollars/EACH (� UD OD 18. 185 E.F. Provide and install standard valley $ l U & L.F. $3r'� — gutter complete far 4frs (lc; b�Uot.5 - Dollars/L•F. 19. Lump Sum Provide construction signing & traffic $ c.Y Z\ c n rol complete fpr _Cr____- ' LYhu AA. (mac Dollars/L.S. by {(� n0 20. 377 L.F. Provide and install 12" R.C.P. $ �t L.F. $\�Z� l ,( .5,14,,,,t, comple a for l r DU.G. Do lata L.P. 21. 2 EACH Provide and in tall storm manhole $21Ul— EACH $I2(�° mplet far V1,4 Dollars/EACH Its uu 1 a' 22. 1 EACH Providecand installlstandard .hooded $ DUD EACH S \2Ob e drl�WWr(,.omp A OL`b.L,o P. Dollars/EACHy, - PROPOSAL PAGE 4 of 10 . PROFOSAL Continued: BID EST.QTY. UNIT ITEM UNIT . . ITEM PRICE TOT:_;, DY 23. 1 EACH Provide and install larg h oded S ln-ba— EACH S (jQp d op inlet comp4ete for • Ail,taltelkiwThIp. Dollars/a CE 24. 1 EACH Provide and install 250 watt RPS S l�Or4 Ab EACH S oo` • re vomi.atrs, Dollars/EACH ob OD 25. 900 S.F. Provide and install 12" P.C.C. $ G�— S.F. S �� at bus turnouticomplete for L )c . t LC\CalS Dollars/SF t $ vv 26. Lump Sum Provide for all saw cutting �-' complete forr``1 &t AADollars/L-_j F . 27. 800 L.F. Provide for wedge cutting of $ 54•111 /LF $ 6t06652:. • asp45 cont ete complete for *Ale, Aon Dollars/LF t�' 28. 50 L.F. Provide and install. 6" x 18" $_ 1 /L.F. $_12M1.17 $_721 P.C.C..] wall complet9 for • Dollars/L.F. 29. Lump Sum Provide and install 5 feet wide S kU �T06C� --- P.C.C. step and ;ailing complete for .4trv` s'4N..S. .J, LS t Dollars/LS . 30. 12 Ea Provide traffic signing removal, $ nb� /EACH $ 22 sb, installation fi relocation complete`{ . for L% �`tq of . a. Dollars/EACH • - - °° 31. 1 Ea Provide sandblasting pavement $ tuba' /EACH l$ Q legends and arrows complete( for Cc Vi sL\ Dollars/EACH ev 32. 5,544 L.F. Sandblasting existing traffic $ L.F. $`3 1� b& striping complete for Dollars/LF PROPOSAL PAGE 5 OF I0 PdRPOSAL Continued: /•• BID EST.QTY.' ITEM UNIT _ . ITEM UNIT PRICE TOTAL 33. 1,225 L.F. Provtde removal of thermoplastic $ � /L.F. $ 6 ob strip ng complete for o"oiti0tF 34. 9 EACH Provide removal of thermoplasticI legends cgmplete for` f ` /EACH $ ��W Lot Jayn,l,s Dollars/UC 35. 479 EACH Provide removal of existing traffic $ /EACH $ markers gomple for L • ire. ` Dollars/EACH 36. Provide traffic striping, as follows, complete for: a. 280 L.F. 6" White $ a0 Jb /L.F. $ b. 446 L.F. 8" White $ /L.F. $ c. -24- L.F. 12" White $ S"�- /L.F. $ l2a tIa d. 903 EACH Type "A" Traffic Markers $ 2a.' /EACH $_19_1)/L21.J� e. 196 EACH Type "G" Traffic Markers $ Mat 5.f OtJ Oil `— /EACH f. 343 EACH Type "D" Traffic Markers $ 'b��' /EACH $ 029 25. g. 1,790 EACH Type "AY" Traffic Markers $ cc'/EACH $ 359041 37. Provide pavement legends, as follows, complete for: a. 1 EACH Stop $ ='u /EACH $ rzo b. 2 EACH 40 $ moo /EACH $ 1o� c. 11 EACH (8') Arrows (9 left and 2 right) $ 0.0 /EACH $ �75a 38. 1 EACH Provide for the removal of $ 2tbr�. /EACH $ 2Zto2 12' x 24' billboard. OU TOTAL BID: $ 7 7, ss -- 01-CAA • PROPOSAL PAGE 5 OF 10 A. SID DOCUMENTS, continued Name of Proposed Sub-Contractor, if any (Section 4104 Government Code) 1• APA ‘. to &met ii 2. Rn 1\ e r &Ice(IA 2 3. (hp Sp CoMpan 4. AWN{ 5. 4oh1arli i ,'.kletilr . 6. Address of Shop or Office of Sub-Contractor (Section 4104 Government Code) 1. San 1\012.. .. . 2. Sa>n SosQ., 3. Fie-Mirk' 4. , C1 irk Karlo $ 5. coh ' oft 6. Work to be performed by Sub-Contractor (Section 4104 Government Code) 1. 00►.t.R.Q� 2. PRELI G. 3. (�1' QIPI 1\)G � A AW.��-1 4. \7V\�,�i Our 5. e-1.. 1.0-Pcl- 6. PROPOSAL PAGE 7 OF 10 • r I, the undersigned, agree that if this proposal is accepted, I will enter into a contract with the City- of Cupertino to provide all necessary machinery, tools, apparatus, and other means of construction and do all the work specified in the contract in the manner and time specified. I, the undersigned, declare that this bid is made without connection with any person, firm or Corporation, making a bid for the same work, and is in all respects fair and without collusion or fraud. I, the undersigned, recognize that the Director of Public Works of the City of Cupertino will reserve the right to establish the priority of one job over another and each starting date where conflict of construction schedules occur. Attached hereto is the required certified check o bid bond in the amount of $ /O /'i 2j , as required by law and the �' (10.% of b amount) Notice to Bidders. %%age\ %!..- Ronald C. Sheary, Attorney-in-FaOf PROPOSAL PAGE 8 OF 10 _ • A. BID, DOCUMENTS, continued • • BIDDER QUALIFICATION FORM •In further compliance with the specifications furnished, the undersigned submits the following statements as to his experience and to his qualifications as a part of this proposal, and the truthfulness and accuracy of the information • • is hereby guaranteed. •(1) How many years has your organization been in business under its K present name? :1q ' AWS (2) How many years' experience in work comparable with that required under the proposed contract has your organization had by this or any other name? IOC) * ytf92S •• (3) Contractor's License No. a4,37-?Co , State of California, Classification /t (4) List work similar in character to that required in the proposed contract which your organization or personnel in your organization has completed within the past three years. • r Year Class, Location of Work and for Whom Performed Contract Amount A-H?9rLr=r{ k jon ;ANICE " • • • • PROPOSAL PAGE 9 OF IC • i P r• STATEMENT OF EXPERIENCE Following is a partial list of projects completed by Raisch Construction Co. during the past two years . 1985 Access Rd. San Jose Airport $1 ,459 ,760.00 City of San Jose 1985 N.San Jose Indus.Park $3 ,196 ,998 . 00 City of San Jose 1985 LID #9 $4 ,274 ,712 . 00 City of Milpitas 1985 Bernal Rd. $2 ,371 ,537 . 00 City of San Jose 1985 Oakmead #3 $3 ,971, 803 . 00 City of San Jose 1985 Airport Parking Lot $1,118 ,575.00 City of San Jose 1985 Highway 237 $2 , 215 ,141. 00 Cal Trans 1985 Rt. 152 $1,121, 765 . 00 Cal Trans 1986 Rt. 101 04-105004 $2,705 ,458 . 00 Cal Trans 1986 Soquel Drive $2 ,215 ,141.00 Cal Trans 1986 Truck Scale Morgan Hill $1,459 , 760. 00 Cal Trans 1986 Rt. 101 San Mateo Co. $1, 966 ,689 . 00 Cal Trans Raisch Construction is experienced and equipped to perform the required work. • RAISCH CONSTRUCTION CO. RONALD L.SHEARY Attorney-in-Fact 4 : 86kc il J' A._ BID DOCUMENTS, continued r' IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO—PARTNERSHIP, STATE THE FIRM NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO—PARTNERS COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION, . ALSO, NAMES OF PRESIDENT, SECRETARY TREASURER AND MANAGER. THE CORPORATE SEAL MUST BE AFFIXED. TYPE OF BUSINESS: Individual / - ' • Co—Partnership ✓ Corporation . Joint Venture Other (describe) .ISCH CONSTRUCTION CO., a copartnership of NAME AND J. Raisch Pavinn Co., Ralsch Products, Inc., and • SIGNATURE OF BIDDER: ISCh Equipment Co., A. 0. f aLtch, President, T. Thomason, T. sumer and Chief Financial pp __ l nn !icer, Robert T. Greene,e, Executive Vice President i_5 oA�•-�1�r,( hONI ( r . d Chief Operations Manager and Bryan A. Raisch, tS. ��.. .-aa t cretary of each corporation. Renard U. "Shear'', ;AtfoTriey-Tri-Faof • Eiq i:se,l, OnQs4-kt.4r 7,-,a & • k.O . ox 7,291 Date: f./AI 3i � A8/ / f Address � l7D (7A %1(0 4,-2 I (H'c ) /L])C, - Ir.')o • Phone Number Addenda Received: 1 2 3 4—= 5 Proposal Page 10 of 10 ,=r' C • _i'` • . • . .. 9 A SPECIAL. POWER.OF•ATTORNEY 1 . . KNOW ALL MEN BY THESE PRESENTS: That A. J. RAISCH PAVING CO. , RAISCH PRODUCTS, INC. , and RAISCH EQUIPMENT CO. , corporations organized and existing under the laws of the State of California, and having their principal office in San Jose, California, do \ \ hereby constitute and appoint A. G. RAISCH, ROBERT T. GREENE, STEVEN GOSSETT, RAYMOND L. MESSA, RONALD SHEARY and LEO J. CACITTI their true and lawful Attorneys-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed, at any place within the United States, any and all bonds, recognizances, undertakings, contracts or other writings obligatory in the nature thereof, any such obligations within the United States, in any amount. And said corporations hereby ratifies and confirms all and whatsoever said Attorneys-in-fact may lawfully do in the premises by virture of these presents. This appointment is made under and by authority of the following Resolution passed by the Board of Directors of each of said corporations at a meeting held at the principal office of said corporations a quorum being present and voting, on the 28th day of April, 1972, which Resolution is still in effect, "RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Corporation, in its name and ea its acts, to execute and acknowledge for and on its behalf any and all bonds, recognizances, undertakings, contracts of indemnity or ..other writings obligatory in the nature thereof, with power to attach thereto the seal of the Corporation. Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Corporation as if they had been duly executed and acknowledged by the regularly elected Officers of the Company in their own proper persons . " • ' IN WITNESS WHEREOF, each of said corporations has caused these presents to be sealed with its corporate seal, duly attested by its Chairman of the Board and its Secretary, this .,,:,.rcL day of May, 1985. A. J. Gj! P V G, CO. RAISCH ' • i, C NC. RAISC. Q IP EN "CO. By . �(r{. _ By . . - . • %ytaL'e By - . . . / 'i .I : Prtks dent` f` Pees •.ent� i. es sent By ',KZ f ' - By • O�.i.: ' �( By " adee�' Secretary ecretary S: retary STATE OF CALIFORNIA ) ) SS. COUNTY OF SANTA CLARA ) On this ,Ii4L_ day of May, 1985, before me came the above-named President and Secretary of A. J. RAISCH PAVING CO. , RAISCH PRODUCTS, INC. , and RAISCH EQUIPMENT CO. , to per personally known to be the individuals and officers described herein, and acknowledged that the . seals affixed to the preceeding instrument are the corporation seals of said corporations and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and directions of said Corporations. \C* .t. . , r 4 , Ats- M. ,- .tary u. c ,. dilin;SItP.I. '1'171ti. "oinrunuc cniuoiw�n My Commission Expires (11') (� �k(7) - Icii“, '11,., Comm. rim. .nm Mr.Comm,brim Aug.n,�.xu,ices I' hereby certify that the above resolution dated Hay 14, 1985, and special . _mbarZr _re flr TT I _-Ar_ � =• Sr' :Sr '11-.7 ..111-‘-- ant -2`) -- a F ;of the , ,:1 day of ,.:71// , 19,7 SB RAIH Se I, the undersigned, Secretary of A. J. RAISCH PAVING CO. , a California corporation hereby certify that at a Special Meeting of r its Board of Directors, held on April 28, 1972, the following resolution was adopted: RESOLVED: That this Corporation and RAISCH EQUIPMENT CO. , a corporation, and RAISCH PRODUCTS, INC. , a corporation shall form a corporate partnership, to do business as RAISCH CONSTRUCTION CO. for the purpose of contracting for and constructing roadways and highways, and that any officer of this corporation is authorized to execute contracts on behalf of the said partnership. I further certify that at an Annual Meeting of the Board of Directors of A. J. RAISCH PAVING CO. held on September 24, 1984, the following officers were elected by the Board of Directors for the fiscal year 1984-1985, to serve as such, commencing September 25, 1984, until successor officers are duly selected. ALBERT G. RAISCH Chairman, President and Chief Executive Officer ROBERT T. GREENE Executive Vice •President and Chief Operations Officer JOE T. THOMASON Executive Vice President, Treasurer and Chief Financial Officer STEVEN W. GOSSETT Senior Vice President and General Manager of Construction and Construc- tion Products Activities BRYAN A. RAISCH Secretary and Legal Counsel DOUGLAS L. BEATTY Vice President and Manager of Ready- Mixed Concrete Division LAWRENCE Cl. KLAMECKI Vice President and Manager of Land Development Division MARTIN McHALE Vice President and Manager of Accounting Division RAYMOND L. MESSA Vice President and Manager of Struc- tures Division DANA K. RAISCH Vice President and Director of Industrial Relations DOUGLAS E. RAISCH Vice President and Manager of Products Division RONALD L. SMEARY Vice President and Manager of Con- struction Engineering Dated: . .. .C/ (i f itrgS'.. I A. J. RAISCH PAVING CO. • T7 SC Sec .tary b Of. CERTIFICATE OF INSURANCE ISSUE DATE(NI SsEDATE( "°D YY)7/2/86 te . PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS UAlexander&Alexander of California Inc. NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, 1530Meridian EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. - P.O.Box 5700 - - ' San Jose,California 951e0 COMPANIES AFFORDING COVERAGE Telephone 408 264-6700 . TWX 910-338-0239 ; COMPANY"A. ` " - LETTER • -FIREMANS FUND INSURANCE CO. INSURED - COMPANY n RAISCH CONSTRUCTION CO:- . LETTER Ea 7 ‘9rit ii, P.O. Box 729 , COMPANY Mountain View, CA,, 94042 , LETTER G' JUL 0-71085 _ COMPANY D LETTER • PUBLIC WORKS COVERAGES _THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWJTHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND CONDI- TIONS OF SUCH POLICIES: _ - CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS LTR - " OATS(MAVDOPIY)- DATE(MM/DDNfl , EACH AGGREGATE - _ _. . OCCURRENCE - - GENERAL LIABILITY - BODILY e INJURY $ x COMPREHENSIVE FORM x PREMISES/OPERATIONS , HAZARD ORe, $ XUNDERGOUD ' KxC 6146423 . . - 5-1-865-1= 7fPPETY RPSE HA ARD X PRODUCTS/COMPLETED OPERATIONS - - CO A x CONTRALTJALCOMBINED $ 1,000, $ 2,000., X INDEPENDENT CONTRACTORS - X BROAD FORM•PROPERTY DAMAGE , X PERSONAL INJURY -t • PERSONAL INJURY •$ 1,000, x' x Claims Made Form - . . 0cc. AUTOMOBILE LIABILITY - _ - - MAY EMILY $ ' • MAY X ANY AUTO ". BEA MOH ALL OWNED AUTos(PRIV.PASS.) . R%C 6146423 5-1-86 5-1-87 mos OTHER THAN FERA _ - ALL OWNED AUTOS/OTHER PASS./ - - - �lCCDB7D.URY $ • x HIRED.AUTOS - ` PROPERTYI A X NON-OWNED AUTOS DAMAGE $ — GARAGE LIABILITY • . . B 8 PD. ' COMBINED $ 1,000, EXCESS LIABILITY UMBRELLA FORM COMBINED $ OTHER THAN UMBRELLA FORM • - ' . STATUTORY WORKERS'COMPENSATION KWP 2838342 , 5-1-86 5-1-87 I $ 00, (EACH ACCIDENT) A AND - rI Ien.,000,.(DISEASE-POLICY LIMB) EMPLOYERS'LIABILITY - • I $ 100,(DISEASE-EACH EMPLOYEE) OTHER . DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL.ITEMS City of Cupertino, 'Project 85-01, 85-06, Saratoga/Sunnyvale Road ' Widening and_ Traffic Signal Modification - ,, , CERTIFICATE HOLDER CANCELLATION ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF -CUPERTINO' WRITTN EXPIRA��TII(O�N DATE THEREOF, THE ISSUING COMPANY WILL P.NT3R&VAMDCROI- MAILNAMED TO City Engineer - THE LEFT,111..IKSF➢[DORIEXH' DAYSEMAJOStROC 1IBASH NOTICE TO THECSBTALXFIx18HQSH14&LX0MISC3113N13R 10300 Torre Avenue - 4l9c� JT, Q IY H Iju ctsaemstSt RA•i• •• -6Q9o9TAXFcs Cupertino, CA 95014 - . ' AUTHORIZED REPRESENTATIVE Sara J. Fountain _ ' - •;. . f!A/ACORD CORPORATION 1984 • , (11-85) P�LICYJJUIdBER: KXC6116423 PAGE 1 OF 2 EUDT. EFFECTIVE: 7/2/86 THIS ENDORSEMENT CHANES THE POLICY. PLEASE READ IT CAREFULLY. • CG 20 09 11 85 ' . ADDITIONAL INSURED—OWNERS, LESSEES OR CONTRACTORS (rorm A) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE • • Name of Person or Organization (Additional Insured): - Location of Covered Operations • - CITY OF' CUPERTINO AND ITS OFFICERS AND EMPLOYEES SARATOGA-SUNNYVALE ROAD WIDENING • PROJECT 85-01 - - TRAFFIC SIGNAL MODIFICATION - PROJECT 85-06 . Premium Basis Rates Advance Premium Bodily Injury and - (Per Property Damage Liability - Cost $1000 of cost). $ INCL. • - - • - Total Advance Premium $ INCL... (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as . applicable to this endorsement.) . 1. WHO IS AN INSURED (Section II) is amended to (a) All work on the project (other than ser- ' • include as an insured the person or organization vice, maintenance,or repairs)to be per- (called "additional insured")shown in the Schedule formed by or on behalf of the additional • but only with respect to liability arising out of: insured(s)at the site of the covered op- • A. "Your work" for the additional insured(s) at the orations has been completed; or • location designated above, or (b) That portion of"your work"out of which B. Acts or omissions of the additional insured(s) in the injury or damage arises has been • connection with their general supervision of put to its intended use by any person or "your work"at the location shown in the Sched- - organization other than another con- ule. • . • • tractor or subcontractor engaged in per- forming operations for a principal as a 2. With respect to the insurance afforded these addi- part of the same project. tional insureds, the following additional provisions apply: • (3) "Bodily injury" or "propertydamage" aris- ing out of any act or omission of the addi- A. None of the exclusions under Coverage A, except tional insured(s) or any of their employees, exclusions(a),(d),(e),(f),(h2), (i)and(m),apply other than the general supervision of work to this insurance, performed for the additional insured(s) by B. Additional Exclusions. This insurance does not you. apply to: (4) "Property damage" to: - (1) "Bodily injury" or "property damage" for (a) Property owned, used or occupied by or which the additional insured(s) are obli- rented to the additional insured(s); gated to pay damages by reason of the as- sumption of liability in a contract or agree- (b) Property in the care,custody,or control • rnent. This exclusion does not apply to of the additional insured(s) or over liability for damages that the additional in- which the additional insured(s) are for sured(s) would have in the absence of the any purpose exercising physical con- - contract or agreement. trol; or (2) "Bodily injury"or"property damage"occur- (c) "Your work" for the additional in- • ring after: _ sured(s). - "—Z. 11.4, Copyright, Insurance Services Office, Inc., 1984 6E24 • , ENDORSEMENT PAGE -2 OF 2 • This endorsement, effective 12:01 A. M. 7/2/86 , forms a part of policy No. KXC 6146423 issued to RAISCH CONSTRUCTION CO. by - FIREMAN'S FUND INSURANCE COMPANY OTHER INSURANCE Subject to all other terms and provisions of the policy, such insurance as provided by this Endorsement shall be deemed primary, but only with respect to work performed by or for the Named Insured in connection with the above— described contract. • CANCELLATION CLAUSE • It is hereby understood and agreed that • CITY OF CUPERTINO 10300 TORRE AVENUE CUPERTINO, CA 95014 will be given THIRTY (30) days written notice before any reduction of coverage or cancellation of this insurance is effective. • • • c 5/7/86 bs '--•- --i'-'- - seat° ' ed Representative F STATE OF CALIFORNIA COUNTY OF SANTA CLARA3ss, On this2ndday of July , 198 .6 . before me, KATHY D. CATO , a Notary Public and for the said County and State residing therein, duly commissioned and sworn, personally appeared RONALD L': 'SHEARY . , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed ' to the within instrument as 'the attorney-in-fact of RAISCH CONSTRUCTION CO. , a conart- nership composed of A. J. RAISCH PAVING CO. , a California Corporation, RAISCH PRODUCTS, INC. , a California Corporation, and RAISCH Ef1UIPMENT CO. . a California corporation. and acknowledged to me that he subscrived the name of RAISCH CONSTRUCTION CO. . a co- partnership composed of A. 'J. RAISCH PAVING CO. , a California corporation, RAISCH PRODUCTS, INC. , a California corporation, and RAISCH EQUIPMENT CO. . a California Cor- poration. thereto as principal and his own name as attorney-in-fact. In witness whereof I have hereunto set my hand and affixed my official seal in the County of Santa Clara the day and year in this certificate first above written. pumnns UnWnTrrunn„rusmm mean„m,nn, OFFICIAL SEAL KATHY D. CATO • .` '„��. NOTARY PUCLIC — CALIFORNIA • ��,” COUNTY OF SANTA CLARA Notary Pu lic in and for t e ounty o Comm. Exp. h?arch 24, 1989 Santa Clara, State of California - Bond# U514825 • t • Premium$ 2,498. FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT WE, Raisch Construction Co. as Principal and United Pacific Insurance Company as Surety are held and firmly bound unto the City of Cupertino, State of California, in the sum of TWO HUNDRED SEVENTY SEVEN THOUSAND FIVE HUNDRED FIFTY TWO AND N0/100 DOLLARS ($277,552.00) lawful money of the United States, for the payment of which will and truly to be made, we bind ourselves, our heirs, executors, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, WHEREAS, the Principal has entered into a contract dated with the Obligee • to do and perform the following work to-wit: SARATOGA-SUNNYVALE ROAD WIDENING - PROJECT 85-01 TRAFFIC SIGNAL MODIFICATION - PROJECT 85-06 NOW, THEREFORE, if the said Principal shall well and truly perform the work contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect. t ' IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety this 2nd day of July , 19 86 • • • STATE OF CALIFORNIA SS. County of Santa Clara JodyA. Johnson • sch Construct ' on Co. on July.2.'.••J 9.t36 before me, Notary Public, State of California duly commissioned and sworn, By: personally appeared Richard S`. Svec personally known PrinC a1 to me to be the Attorney-in-Fact of the Corporate Surety that Ronald L. Sheary, Attorney-in-Fact executed the within instrument, and known to me to be the person who herein named and sa acknowledged to me instrument that suchCorpon behalf of oration Corporation United Pacific Insurance Company executed the same. Surety i IN WITNESS WHEREOF, I have hereunto set my hand and affixed / my official seal in the County of Santa CIar? the day and ;; -(; - , By: G year in this certificate first above written. Attorney-in-Fact • ,•' , /• Richard S. Svec, Attorney-in-Fact v� •• JA;• a! his day of , 19_ tJODY A. Jr NSON t NOTARY PUBLIC-CALIFORNIA o SANTA CLARA COUNTY ._:�y�, MY Commusion Ery.Jum,13.1887 • Bond# U514825 Premium$ 2, 498. • LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENT: WHEREAS, the City of Cupertino, State of California, and Raisch Construction Co. hereinafter designated as "Principal" have entered into or are about to enter into a contract providing for the installation, construction, and erection by Principal of certain improvements more particularly described in said contract; and incorporated herein by reference. WHEREAS, said Principal is required to furnish a bond in connection with said contract, providing that if said Principal, or any of his or its sub- contractors, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the . Surety on said bond shall pay the same to the extent hereinafter set forth; NOW, THEREFORE, we, the Principal, and United Pacific Insurance Company as Surety, firmly bind ourselves, our executors, administrators, successors and assigns, jointly and severally, unto the City of Cupertino, and any and all materialmen, persons, companies, or corporations furnishing materials, provisions, provender or other supplies used in, upon, for or abut the perfor- mance of the aforesaid work contracted to be executed or performed under the contract hereinabove mentioned, and incorporated herein by reference, and all persons, companies or corporations lending or hiring teams, implements or machinery, for or contributing to said work to be done, and all persons who .perform work or labor upon the same, and all persons who supply both work and materials, whose claim has not been paid by Principal or by any other person, in the just and full sum of TWO HUNDRED SEVENTY SEVEN THOUSAND FIVE HUNDRED FIFTY TWO AND NO/100 DOLLARS ($ 277,552.00 ) . THE CONDITION OF THIS OBLIGATION IS SUCH THAT if said Principal, his or its subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to- such work or labor, or any and all damages arising under the original contract, then said Surety will pay the same and also will pay in case suit is brought upon this bond, such reasonable attorney's fee as shall be fixed by the court. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 1184. 1 of the Code of Civil Procedure, so as to give a right of action to them or their assigns in any suit brought upon this bond. J' I STATE OF CALIFORNIA COUNTY OF SANTA CLARA 5' On thls2nd day of July , 198 •6 , before me. KATHY D. CATO , a Notary Public nand for the said County and State res ding therein, duly commissioned and sworn, personally appeared RONALD L: SHEARY • , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as 'the attorney-in-fact of RAISCH CONSTRUCTION CO. , a conart- nership composed of A. J. RAISCH PAVING CO. , a California Corporation, RAISCH PRODUCTS, INC. , a California Corporation, and RAISCH EQUIPMENT CO. , a California corporation. and acknowledged to me that he subscrived the name of RAISCH CONSTRUCTION CO. , a co- partnership composed of A. J. RAISCH PAVING CO. , a California corporation. RAISCH PRODUCTS, INC. , a California corporation, and RAISCH EQUIPMENT CO. , a California Cor- poration. thereto as principal and his own name as attorney-in-fact. .` In witness whereof I have hereunto set my hand and affixed my official seal in the County of Santa Clara the day and year in this certificate first above written. gum m m Iulee!Lnolonlepf unf,oe f Iu.u:nloee eenneeeeeg OFFICIAL SEAL a Ei t KATHY D. CATO 9 - s. T '•.;Y;lo • NOTARY PUBLIC - CALIFORNIA A ,,'�jv AO COUNTY OF SANTA CLARA 'otary ' I n .n' or t e ounty o • Comm. Exp. March 24, I989� Santa Clara, State of California • ' .Labor and Material Bond Page 2 And the said Surety, for value received, hereby stipulates, and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the .specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alter- ation or addition to the terms of the contract or to the work or to the speci- fications. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety this 2nd day of July , 1986 • Rai c Construction Co. By: (To be signed by Principal PifOnaR7) Sheary, Attorney-in-Fa and Surety. Notary acknowledgments required.) United Pacific Insurance Company Surety /4L"--$2— By: Attorney-in-Fact Richard S. Svec, Attorney-in-Fact I The above bond is accepted and approved this day of , 19 STATE OF CALIFORNIA County of Santa Clara Ss. ' On July 2, 1986 before me, Jody A. Johnson • Notary Public, State of California duly commissioned and sworn, personally appeared Richard �. Svec personally known to me to be the Attorney-in-Fact of the Corporate Surety that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation herein named and acknowledged to me that such Corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal in the County of Santa Ckc? the day and year in this certificate first above written. Q . , s � , .f Pyr ,ODY A.J• NSON NOTARY PUBLIGCAUFORNIA F'-a , SANTA CLARA COUNTY .2.1r, My Commission Exp.June 13,1987 II UNITED PACIFIC INSURANCE CON1I'ANY k . HOME OFFICE, FEDERAL WAY,WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS.That the UNITED PACIFIC INSURANCE COMPANY.a corporation duly organritd under the tarn of IM Slate of WashingIone&ea heaeby rate.coatitult and evppoinl - - .. RICHARD S. SVLC of SP17 JOSE, CALIFORNIA- --- its true end lawful Altoeney=rn-Fact,to make,execute_met and detwo for and or in behalf.and as its act and decd . r • A'NY AND- ALL BONDS. AND IEZ97AKI1;:,3 C: SURE YS-IP--- endtolend the UNITED PACIFIC INSURANCE COMPANY thereby at fully and to the same went n of such bonds end undettatongs and olhe.wertrnge cbl,prtory in the nature thereof r.tet signed by an Enabvt Other of the UNITED PACIFIC INSURANCE COMPANY and auNd and♦knled by ont other of such off,eres.and hereby rataf.rs and confirms all that its said Attorneyfsl-in•Feet may do in pun.unce hereof. - This Pourer of Attorney a granted under and by authority of Ancle VII of the By-fwrs of UNITED PACIFIC INSURANCE COMPANY which became effective September 7.1978,which provsl.ons are now in full force and effect,reading at follows - - ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS . 1. The Board of Directors.the President.the Chairman of the Board,any Senor Voce President.any Via President or Auntant Vice President or other officer designated by the Board of Directors shall have powtt and authority to fol appoint Atiorney%in.Fect and to authorize them to ereeute on behalf of the Company. bonds and under:at,ngs.recognraanen, contracts of indemnity and other writings obligatory in tht adore thereof.and Ibl to re mo•-i any tach Attorney-in-Fact at any time and revolt the power and authority given to him. 7. Arlorneyt-an-qct shall here power and authority,subject to the Iters and hmaatront of the power of attorney issued to them.to teecutt . andddover on behalf of the Company.bonds and undertakings.recognrtaners,contracts of indemnity and other writings oblogatoey in the nitwit thereof - The corporate seat is not n.cnury for the validity of any bonds and undertaking..recognraanat,contracts of indemnity and other writings obligatory on the nature thereof- 3. Anorneys-m-Fact shall have power and authority to execute affidavits required to be attached to bonds,recognizancrs,contracts of ,pdtm- ndy or other conditional or obligatory urt:ettat✓ns and they shall alto hare quota and authority to certify the financial statement of the Company and to capes of the By-Lavat of the Company or any article or section thereof. This povvet of attorney it signed and sealed by facsimile under.and by authority of the following Resolution adopted by the Board or Di•ecton of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June. 1979,at which a Qweum eat present,and said Resolut.on hat not been amended or repeated: • "Resole—ed./ha/the straturrt of suds directors and officers and the seal of the Company may be affixed to any such poet, of attorney or any =ninona relating Thereto by facsimile, and any such power of attorney or certificate bearing such facsimile t.gnatures oe fscpmile tail shall be rabd and binding upon the Company and any such power so executed and certified by facsimile hyalites and faeim:le sea' shall be valid and binding upon the Company in the future with respect to any bond or . undereating 10 y.h,ch it rs aaaehad. IN WITNESS WHEREOF,the UNITED PACIFIC INSURANCE COMPANY hat caused these p'eunta to be signed by its Vice President.and its co.poeale aces tube hereto affixed.this 28th day of JPJuary 19 Si. ^. e UNITED PACIFIC INSURANCE •r-OMrAYNIY • iuseL„. G /1 . Vice President STATE OF Washington - COUNTY OF King }is. On ttiy 28th day of January . 19 32,personatly appeared Charles S. Schr..slz to me tnc,,..n to be the Vice-President of the UNITED PACIFIC INSURANCE COMPANY. and ectnoeteda d that he executed and attested the for*" (fling inttrur*ent end affixed the aeal of sa:d corporation thereto, and that Article VII,Section 1. 7. and 3 of the By-Lent of sad Company. and the Res•0lution,yet forth Thar stn,,at it'll in full fora u. I. I r fly Commron Expires: jr.�♦ a 'I� a - a- u; - June 12 .tg 82 '.^,•‘ ` Notary P.bhc in and for S le of 'r ashi nEton • Fs-circling at Tacoma - 1, ChJ. F�sL•OY Auinent Saottery of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and turtq-nt d a true avd ec.r eel =pi of a Pointy of Attorney a xecvied by 1+4 UNITED PACIFIC INSURANCE COMPANY,which it still in lull fora and'Hen. . nTN E SS KxtE e.EOF.Itoretie ra..--.0se,r-gl_-•dt-C to f,s-m.:t'•. es-at ee n d Ce"C--e'rf 2nd Ctyd July n 86 l� i • C) AT /